Senior IM/IT Security Consultants
Solicitation number EN976-181270/A
Publication date
Closing date and time 2018/03/23 15:00 EDT
Last amendment date
Description
Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: Notice of Proposed Procurement (NPP) Task-Based Informatics Professional Services (TBIPS) Requirement Solicitation Number: EN976-181270/A Contracting Authority: Julie Villeneuve Organization name: PWGSC/STAMS Phone Number: 613-858-9487 Fax Number: 819-956-5925 E-Mail: Julie.villeneuve3@tpsgc-pwgsc.gc.ca This requirement is for: Public Works and Government Services Canada (PWGSC) The TBIPS Supply Arrangement EN578-170432 is incorporated by reference and forms part of this bid solicitation, as though expressly set out in it, subject to any express terms and conditions contained in this bid solicitation. The capitalized terms not defined in this bid solicitation have the meaning given to them in the TBIPS SA. Only selected TBIPS SA Holders currently holding a TBIPS SA for Tier 1 in the National Capital Region under the EN578-170432 series of SAs are invited to compete. SA Holders may not submit a bid in response to this bid solicitation unless they have been invited to do so. However, should an uninvited SA Holder wish to be invited, it may contact the Contracting Authority to request an invitation at any time prior to five days before the published bid closing date, and an invitation will be made to that SA Holder unless it would not be consistent with the efficient operation of the procurement system. In no circumstance will such an invitation require Canada to extend a bid closing date. The following SA Holders have been invited to submit a proposal 1. 2Keys Corporation 2. Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The AIM Group Inc.,in JOINT VENTURE 3. ADRM Technology Consulting Group Corp. and Randstad Interim Inc 4. CALIAN LTD., DWP SOLUTIONS INC., IN JOINT VENTURE 5. Conoscenti Technologies Inc. 6. DWP Solutions Inc. 7. Eclipsys Solutions Inc 8. Emerion 9. ENET4S SOFTWARE SOLUTIONS LTD 10. Groupe Alithya Inc / Alithya Group Inc 11. IBISKA Telecom Inc. 12. Ibiska Telecom Inc. and CM Inc., as a contratual Joint Venture 13. Itergy International Inc. 14. MDOS Consulting Inc., INVA Corporation, KOZA Technology Consulting Inc., in Joint Venture 15. TRM Technologies Inc. 16.TEKSystems 17.PricewaterhouseCoopers LLP 18.S.i. Systems 19.Tundra Technical Solutions 20.Excel ITR 21.CSI Consulting Inc 22.ADGA Group Consultants Inc 23.Mindwire Systems Ltd 24.IT/Net Ottawa Inc, KPMG LLP, in joint venture 25.1728193 Ontario Inc 26.Phirelight Security Solutions Inc 27.C3SA Cyber Security Audit Inc Description of the requirement: The resource will undertake research to identify vulnerabilities and risks related to cyber security and to recommend mitigation strategies. PWGSC requires Informatics Professional Services of the following category of personnel in support of IT client Services organization: Resource Category Level of Expertise Estimated Number of Resources Required C3. IT Security TRA and C&A Analyst 3 1 The Contractor will provide the services on an as and when requested basis. All requirements will be authorized through Task Authorizations issued in accordance with the Contract. Security Requirement: SRCL: Common PS SRCL #34 Number and proposed period of contract(s): It is intended to result in the award of one (1) contract, for one (1) year plus three (3) one-year irrevocable options allowing Canada to extend the term of the contract. Incumbent: Vendor name: DWP Solutions Inc. Contract Value: $ 1,916,518.27 Inquiries: Inquiries regarding this RFP requirement must be submitted to the PWGSC Contracting Authority above. Request for Proposal (RFP) documents will be e-mailed directly from the PWGSC Point of Contact to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT BUYANDSELL.GC.CA IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. IMPORTANT NOTICE TO BIDDERS: 1. This solicitation document is available in PDF format only. 2. Task-Based Informatics Professional Services (TBIPS) Method of Supply is refreshed on an annual basis. If you wish to find out how you can be a Qualified SA Holder, please contact RCNMDAI.-NCRIMOS@pwgsc.gc.ca Delivery Date: Above-mentioned The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Contract duration
Refer to the description above for full details.
Trade agreements
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
-
Canada-Panama Free Trade Agreement
-
Canada-Korea Free Trade Agreement (CKFTA)
-
Canadian Free Trade Agreement (CFTA)
-
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Villeneuve, Julie
- Phone
- (613) 858-9487 ( )
- Email
- julie.villeneuve3@tpsgc.gc.ca
- Address
-
Terrasses de la Chaudière 4th Floor
10 Wellington StreetGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada